Loading...
HomeMy WebLinkAboutContract 55195-A1 CSC No.55195-A1 AMENDMENT No. 1 TO CITY SECRETARY CONTRACT WHEREAS, the City of Fort Worth (CITY) and Freese and Nichols, Inc. , (ENGINEER) made and entered into City Secretary Contract No. 55195, (the CONTRACT) which was authorized on the 1st day of January, 2021 in the amount of $546,302 . 00; and WHEREAS, the CONTRACT involves engineering services for the following project: Southside IV Pump Station and Hydropneumatic; and WHEREAS, it has become necessary to execute Amendment No. 1 to the CONTRACT to include an increased scope of work and revised fee. NOW THEREFORE, CITY and ENGINEER, acting herein by and through their duly authorized representatives , enter into the following agreement, which amends the CONTRACT: 1 . Article I of the CONTRACT is amended to include the additional engineering services specified in a proposal letter attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $561 ,543. 00 . 2 . Article II of the CONTRACT is amended to provide for an increase in the fee to be paid to Engineer for all work and services performed under the Contract, as amended, so that the total fee paid by the City for all work and services shall be an amount of $1 , 1071845 . 00 . 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX Page -1- EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED : City of Fort Worth Freese and Nichols, Inc. Dana Bur�4,2021 Nick Lester Dana Burghdoff Nick Lester, P.E. Assistant City Manager Vice-President Oct 4,2021 9/28/21 DATE: DATE: APPROVAL RECOMMENDED: ck7Ls o k7er Narder Christopher Harder(Oct 1,202107:17 CDT) Chris Harder, P.E. Director, Water Department Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Suz ne Abbe, P.E. Project Manager APPROVED AS TO FORM AND LEGALITY: M&C: 21--0764 �lor, Date: September 28 , 2021 DBlack(Oct 4,202110:59 CDT) Douglas W. Black Form 1295: 2021-796156 Senior Assistant City Attorney aa�G FoRT���� ATTEST: Qo°°pO 0O 41 �(.)0 00 o° °0 �d Ronald Gonzales � °°°°°°°°°°° ap OFFICIAL RECORD Acting City Secretary ���rfiXAsa< CITY SECRETARY FT.WORTH, TX Page -2- FREESEInnovative approaches I Practical results August 26, 2021 Ms.Suzanne Abbe, P.E. Project Manager City of Fort Worth Water Department 311 West 101�1 Street Fort Worth,TX 76102 Re: Amendment 1 for the 5outhside IV Pump Station and Hydropneumatic Tank(City Project No. 103116) Dear Ms.Abbe: Freese and Nichols, Inc. (FNI)is providing this proposal to amend the Engineering Design Services for the Southside IV Pump Station and Hydropneumatic Tank(City Project dumber 103116).The following fee includes the costs for part-time Resident Project Representation(RPR) and startup assistance for the construction of the 5outhside IV Pump Station and design of a pressure sustaining valve and vault. FN3 records show that this proposal would serve as Contract Amendment No. 1. A summary of the additional costs is shown below: Item Fee RPR&Startup Assistance $284,532 Design and Gen Rep Services for Pressure Sustaining Valve $277,011 Total $561,543 I [FTW21158]\\pzroot.freese.com\PanzuraFs\wp\f`1FTW21158\1.02 PM\Amendments\Amendment 1\Amendment Letter.docx CPN 103116 Amendment No. 1 I J 4 e RPR for the Southside IV Pump Station August 26,2621 Page 2 of 2 Freese and Nichols, Inc. appreciates this opportunity, and we would like to meet with you to discuss these additional services at your convenience. Original Contract Amount $ 546,302 Amendment No. 1 $ 561,543 Contract Amount to Date $ 1,107,845 Sincerely, k�IO OL Nicholas Lester, P.E. Vice President Attachments Scope of Work Level of Effort Spreadsheet [FTW18195] \\pzroot.freese.com\PanzuraFs\wp\f\FTW21158\1.02 PM\Amendments\Amendment 1\Amendment Letter.docx ATTACHMENTA AMENDMENT NO 1 FOR SOUTHSIDE IV PUMP STATION AND HY DRO PNE UMATi C TANK CITY PROJECT NO.:103116 ATTACHMENT A Scope for Engineering Design Related Services for Water and/or Sanitary Sewer Improvements AMENDMENT NO. 1 FOR THE SOUTHSIDE IV PUMP STATION AND HYDROPNEUMATIC TANK CONSTRUCTION SERVICES & DESIGN FOR SOUTHSIDE IV PRESSURE SUSTAINING VALVE CITY PROJECT NO.: 103116 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. WORK TO BE PERFORMED Design for a new pressure sustaining valve (PSV), flow meter, and associated 12-inch water line (up to 1,200 linear feet)to convert the McPherson Village Phase 3 and Panther Heights developments from the Southside I[[ service area to the Southside IV service area. Additional construction phase support for the Southside IV Pump Station and Hydropneumatic tank including the services of an onsite Resident Project Representative and additional General Representation duties not included in the original scope of service. Task 1. PSV Design Management Task 2. PSV Conceptual Design Task 3. PSV Final Design Task 4. PSV Final Construction Package Task 5. PSV Bid Phase Services Task 6. PSV Construction Please Services Task 7. PSV ROW/Easement Services and Survey Engineering Services Task 8. Pump Station General Rep Task 9. Pump Station Construction Resident Project Representation I TASK 1. DESIGN MANAGEMENT. ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER shall manage change, • communicate effectively, • coordinate internally and externally as needed, and ■ proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. City of Fort Worth,Texas Attachment A PMO Release Dale:07.23,2012 Page 1 of 15 ATTACHMENT A AMENDMENT NO 1 FOR SOUTHSIDE IV PUMP STATION AND HYDROPNEUMATIC TANK CITY PROJECT NO.:103116 1.1. Managing the Team • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources 1.2 Quality Control/Quality Assurance • Quality control reviews for every deliverable • Quality assurance checks throughout the project • Constructability review 1.3 Communications and Reporting • Attend a pre-design project kickoffJchartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements • Conduct monthly meetings with the CITY ASSUMPTIONS 4 months design schedule from NTP and 5 months construction, 3 months are assumed for bid and award period i ■ No work will commence prior to receiving written NTP ■ 4 meetings with city staff DELIVERABLES A. Meeting summaries with action items TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to • Study the city-developed alternatives. No additional alternatives will be developed. ■ Analyze (through the defined deliverables)these alternatives from the CITY • Recommend one alternative that successfully addresses the design problem, and • Obtain the CITY's endorsement of this concept. City of Fort Worth,Texas Allachment A PIhlo Release data:08.1.2014 Page 2 of 15 ATTACHMENT A AMENDMENT NO 1 FOR SOUTHSIDE IV PUMP STATION AND HYD RO P N EU MAT IC TANK CITY PROJECT NO.:103116 ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Data Collection • The CITY will provide the ENGINEER with proposed improvements In conjunction with any other planned future improvements that may influence the project, The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to; utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. • The ENGINEER shall visit the project site and shall identify existing sample stations and fire line locations, 2.2. Geotechnical Investigations • ENGINEER shall advise the CITY of test borings and other subsurface investigations that may be needed for the project. If the CITY determines that such borings or investigations are needed, then the ENGINEER shall work with the CITY and CITY's geotechnical consultant to draw up specifications for such testing program. The cost of such testing will be paid for by the CITY. • A total of 4 borings at the pressure sustaining valve site. 2 borings at an average depth of 30-feet each will be provided within the footprint of the vaults), 2 borings to a depth of 15-feet each will be provided for the water line(s) ■ Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. In addition to the above investigations, borings and appropriate field and laboratory analysis will be made at reasonable intervals along the project alignment for the Contractor's use in determining soil conditions for preparing bids and a Trench Safety Plan. 2,3, The Design Memo shall include the following: • Cover Sheet • Graphic exhibits and written summary of alternative design concepts considered, strengths and weaknesses of each, and the rationale for selecting the recommended design concept. • Proposed phasing of any water work that is included in this project documented in both the project schedule and narrative form. Documentation of key design approach only. • Estimates of probable construction cost. i ASSUMPTIONS • 4 Geotechnical borings are expected for this project. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 3 of 15 ATTACHMENT A AMENDMENT NO 9 FOR SOUTH SIDE IV PUMP STATION AND HYOROPNEU MAT IC TANK CITY PROJECT NO.:103116 • 1 PDF copy of the conceptual design package (30% design)will be delivered„ Report shall be letter sized, Drawings will be 11 x17 size • ENGINEER shall prepare the meeting minutes of the Concept Review meeting and revise the report, if needed. • ENGINEER shall not proceed with Final Design activities without obtaining written approval by the CITY of the Conceptual Design Package. No water meter replacement • No special coordination meetings, including with business owners or landowners. • No electrical design approach will be provided at 30% • 1 coordination meeting with CITY staff to discuss preferences DELIVERABLES A. Design Approach Technical Memorandum TASK 3. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Final plans and specifications shall be submitted to CITY per the approved Project Schedule. • Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% design packages. This estimate shall use ONLY standard CITY bid items. I ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of Preliminary Design Drawings and Specifications shall include the following: • Cover Sheet • A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument#8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum ❑niy; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). ■ Overall project easement layout sheets with property owner information. ■ Overall promect water and/or sanitary sewer layout sheets. The water layout sheet shall identify the proposed water main improvement/existing water mains in the City of Fart Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 4 of 15 ATTACHMENT A AMENDMENT NO 1 FOR SOUTHSIDE N PUMP STATION AND HYOROPNEUMATIC TANK CITY PROJECT NO.:103116 vicinity and all water appurtenances along with pressure plane boundaries, water tanks, pump stations, valves, and fire hydrants. The sewer layout sheet shall identify the proposed sewer main improvement/existing sewer mains and all sewer appurtenances in the vicinity. • Coordinates on all P.C.'s, P.T.'s, P.1.'s, manholes, valves, mainline fittings, etc., in the same coordinate system as the Control Points. ■ Bench marks per 1,000 ft of plan/profile sheet—two or more, • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. ■ Plan and profile sheets which show the following. proposed water plan/profile and recommended pipe size, fire hydrants, water service lines and meter boxes, gate valves, isolation valves, existing sample locations, existing fire line locations, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. • The ENGINEER shall make provisions for reconnecting all identifiable water service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-of-way or utility easement. When the existing alignment of a water main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. ■ Site survey or specific design plans for manhole construction is not included as part of the scope. The contract documents shall specify that it is the Contractor's responsibility to coordinate utility location, etc. manhole construction, • The ENGINEER will prepare standard and special detail sheets for water line installation or replacement that are not already included in the D-section of the CITY's specifications. These may included connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project,trenchless details, and special service lateral reconnections, 3.2. Utility Clearance The ENGINEER will provide PDF plans for the CITY to share with its • Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future)that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. City of Fort Worth,Texas Attachment A PMo Release Bate:08.1,2014 Page 5 of 15 ATTACHMENT A AMENDMENT NO 1 FOR SOUTHS10H W PUMP STATION AND HYDROPNEUMATIC TANK CITY PROJECT NO.:103116 3.3. Traffic Control Plan • Develop a traffic control plan utilizing standard traffic reroute configurations posted as '°Typicais" on the CITY's Buzzsaw website. The typicals need not be sealed individually, if included in the sealed contract documents. • Develop supplemental traffic control drawings as needed for review and approval by the Traffic Division of the Transportation and Public Works Department. These drawings shall be sealed by a professional engineer registered in the State of Texas. ASSUMPTIONS • No public meeting(s) will be conducted or attended. ■ 4 borings total. 2 at an average bore depth of 30 feet each will be provided and 2 at an average bore depth of 15 feet each will be provided.. ■ Traffic Control "Typicais"will be utilized to the extent possible. It is assumed an additional 5 project specific traffic control sheets will be developed. ■ No Constructability Review. • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. ■ Data Base listing names and addresses of residents and businesses affected by the project. • Coordination with ONCOR for power service to the meter site ■ Vaults will be precast. Cast-in-place vault design can be provided as an additional service. • No permits are required. • 5 sets of half-size drawings and 5 specifications will be delivered for the 90% Design package. • 1 set of full-size PDF drawings will be delivered for Utility Clearance at 90% design. DELIVERABLES A. 1 Geotechnical Data Memorandum in PDF format B. 90% construction plans and specifications to be used for Utility Clearance coordination. C. Original cover mylar for the signatures of authorized CITY officials. D. Traffic Control Plan E. Estimates of probable construction cost Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. City of Fort Worth,Texas Attachment A PMo Release Date:08.1.2014 Page 6 of 15 ATTACHMENT A AMENDMENT NO FOR 5OUTHSIDE IV PUMP STATION ANTS HYO ROP N E U MAY IC TANft CITY PROJECT N0.-.103116 TASK 4. FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Documents (100%) to the CITY per the approved Project Schedule. Each plan street shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cost the 100% design packages. This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS • No Storm Water Pollution Prevention Plan ■ ENGINEER shall not proceed with 100% Design activities without written approval by the CITY of the 90% Design plans. ■ 5 sets of half-size drawings and 5 specifications will be delivered for the 100% Design package, DELIVERABLES A. 100% construction plans and specifications. B, Estimates of probable construction cost Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders, ■ Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheets) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. ■ Plan Sets are to be uploaded to BIM 360 in one formats, .pdf files. The .pdf will consist of one file of the entire plan set • The ENGINEER shall maintain a plan holders list on BIM 360 from Contractor's uploaded Plan Holder Registrations in BIM 360. City of Fort Worth,Texas Attachment A PMO Release Dale:08A,2014 Page 7 of 15 ATTACHMENT A AMENDMENT NO 1 FOR SODTHSIDE IV PUMP STATION AND HYOROPNEIIMATIC TANK CITY PROJECT NO.,.103116 ■ The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information, The procedures shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the project's BIM 360 folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation are to be uploaded into the project's Bid Results folder on BIM 360. • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Final Design Drawings 1) Final Design Drawings shall be submitted in Adobe Acrobat PDF format (version 6.0 or higher)format only. Singular PDF for each sheet of a plan set will not be accepted. PDF files shall conform to naming conventions as set forth in the original contract: PDF shall be uploaded to the project's Final Drawing folder in BIM 360. ASSUMPTIONS • The project will be bid only once and awarded to one contractor. Issued for Bid (IFB)construction documents will be made available in PDF format only on BIM 360 for plan holders. • 5 sets of 11 x17 size drawings plans and 5 specifications will be delivered to the CITY. • 5 sets of 11 x17 size drawings plans and 5 specifications (conformed, if applicable)will be delivered to the CITY. ■ PDF files will be uploaded to BIM 360. City of Fort Worth,Texas Attach men!A PMo Release Date:08.1.2014 Paga 8 of 15 ATTACHMENT A AMENDMENT NO FOR SOUTHSIOE TVFUMP STATION AND HYDROPHEUMATIC TAWS CRY PROJECT NO.:103116 DELIVERABLES A. 2 Addenda B. 1 Bid tabulation C. Recommendation of award D. Construction documents (conformed, if applicable) TASK B. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support for the PSV • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. 6.2 Record Drawings for the PSV will be provided in accordance with the terms set in the original contract. ASSUMPTIONS 4 RFI's are assumed for the PSV • 2 Change Orders are assumed for the PSV 20 Shop Drawings are assumed for the PSV ■ One copy of full size (22"x34") myiars for the PSV will be delivered to the CITY. • Attend I preconstruction meeting for the PSV In No TPW Plan Set DELIVERABLES A Response to Contractor's Request for Information (up to 4) B. Review of Change Orders (up to 2) C. Review of shop drawings, samples, and other submittals from the Contractor(up to 20) D. Final Punch List items F. Record Drawings on Myiar I Cily of Fort Worth,Texas Auaciimant A PMa Release Dale:08.1.2014 Page9of15 ATTACHMENTA AMENDMENT NO 1 FOR SOUTH SIDE N PUMP STATION AND HYDRO PNEUMATIC TANK CITY PROJECT NO.;103116 TASK 7. ROW/EASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. 7.1 Design Survey • Design survey will be provided for the PSV site per the requirements outlined in the original contract 7.2. Right-of-Way Research ■ The ENGINEER shall determine rights-of-way, easements needs for construction of the project. Required temporary and permanent easements will be identified based on available information and recommendations will be made for approval by the CITY. 7.3. Right-of-Way/Easement Preparation and Submittal. ■ The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent and/or temporary easements required to construct the improvements. ■ The ENGINEER shall submit the right-of-way and/or easement documents to CITY PM for real property acquisition The documentation shall be provided in conformance with the checklists and templates available on the CITY's Ruzzsaw site. ASSUMPTIONS ■ 1 Fee Simple Document document will be necessary. ■ 0 Temporary right-of-entry documents will be necessary. ■ 0 Permanent and Temporary Construction easements will be necessary. ■ Up to 1200 LF of Topographic survey at intersection will include no more than 100 ft. in each direction. • No SUE (all levels) ■ Right-of-Way research and mapping includes review of property/right-of-way records based on current internet based Tarrant Appraisal District(TAD) information available at the start of the project and available on-ground property information (i.e. iron rods, fences, stakes, etc.). It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD, right-of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. City of Fart Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 10 of 15 ATTACHMENTA AMENDMENT NO 1 FOR SOUTHSIDE IV PUMP STATION AND HYDROPNEUMATIC TANK CITY PROJECT NO„103116 DELIVERABLES A. 1 Fee Simple Document including exhibits and meets and bounds provided on CITY forms. B. Copies of field survey data and notes signed and sealed by a licensed surveyor. C. Drawing of the project layout with dimensions and coordinate list. TASKS 8 &9. PUMP STATION CONSTRUCTION PHASE SERVICES. 8.0 Additional General Representation o Attend up to 14 monthly construction meetings total for both the pump station o Visit the construction project site monthly, up to 12 times ❑ Attend up to 6 total pre- and post submittal meetings with the Contractor and Supplier(s)to assist in expediting review of shop drawings for the pump station o Provide expedited reviews for the pump station shop drawings (up to 60 as defined in the original scope). ❑ All other general representation as per the original scope. 9.0 RPR Construction Support For the construction phase of the Southside IV Pump Station only, Freese and Nichols (FNI) proposes to provide a full-time (defined as 5 hours per day (including travel time), 5 days per week)for Resident Project Representative (RPR) on-site during the 12-month construction schedule to perform the following services. An additional 1-month period at both the beginning and the end of the construction with half-time (20-hours per week)for project setup and closeout with administrative and coordination duties. • RPR will act as the Owner/Engineer agent at the site and be supervised by the Engineer-of-Record (EOR), o FNI recognizes that the CITY may have INSPECTORS at the site during construction. RPR will coordinate with the CITY INSPECTORS daily. ❑ RPR will coordinate with other on-going contracts the CITY may have related to the construction of the pump station (i.e. force main and gravity sewer). o F N I assumes in these services that the CITY will contract directly with a construction material testing firm, RPR will coordinate with the CONTRACTOR the CMT activities at the site. ■ Review contractor baseline schedule, schedule of values and submittal schedule and consult with FOR concerning acceptability City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2614 Page 11 of 15 ATTACHMENT AMENDMENT NO 1 FOR SOU THSIOE IV PUMP STATION AND HYD RO P N EUM AT IC TANK CITY PROJECT NO.:103116 • Attend the pre-construction meeting and regularly scheduled construction progress meetings and distribute meeting minutes to the Owner Project Team (OPT) consisting of the Owner, Contractor and Engineer. Serve as liaison between the Contractor and EORIOwner. ■ Confirm that shop drawings are submittedlapproved before any work requiring shop drawing approval progresses. RPR will work in the CITY'S PM[S to coordinate the review of the CONTRACTOR shop drawings submitted. RPR will route shop drawings to the appropriate reviewer making sure that all reviews on conducted and all comments are integrated into the submittal. Upon completion of the submittal review, the RPR will finalize the review and route the approved/or rejected submittal back to the CONTRACTOR for their action. Approved submittals will be fogged in the PMIS accordingly. • Conduct on-site investigations of the Work in progress to determine if the Work is in general conformance with the Contract Documents (CD) o Report to the FOR any Work that the RPR believes does not comply with the CDs or any test reports that indicate materials do not meet the specified requirements o Verify that tests, equipment/system start-ups and training are conducted in the presence of appropriate personnel o Accompany visiting inspectors representing the Owner or other agencies having jurisdiction over the project and record the results of these inspections • Assist the FOR when clarificationslinterpretations of the CDs are needed and transmit to the Contractor any clarifications/interpretations. • Assist the FOR in the consideration and evaluation of Contractor initiated changes to the CDs and draft change orders, field orders or written amendments to be executed and made part of the CDs. ■ Furnish daily construction reports of the progress of the Work and upload these reports in the City of Fort Worth Autodesk BIM 360 system. • Report to Owner and FOR immediately the occurrence of any accidents at the site. ■ Review application for payment submitted by the contractor for compliance with the established procedure and forward with recommendations to the FOR for processing and signatures noting particularly the relationship of the payment request to the schedule of values, Work completed and materials/equipment at the site but not incorporated in the Work. • Limited electrical specialty inspection (60 hours max) is included. City of Fort Worth,Texas Attachment A PMo Release Date:08,1.2014 Page 12 of 15 ATTACHMENT A AMENDMENT NO 1 FOR SOUTHSIDE IV PUMP STATION AND HYDROPNEUMATIC TANK CITY PROJECT NO.:IG3116 • Pump Station startup services are included for Pump and Electrical engineer (up to 40 hours each). • Before Substantial Completion, submit to the contractor a list of observed items requiring completion or correction. • Conduct, in the presence of the OPT, a final inspection and prepare a fist of items noted that require correction. • Observe whether all items listed for correction are corrected and make recommendation to the FOR/Owner concerning final acceptance of the Work • This scope of work is for RPR for the Southside IV Pump Station only. If the city would like RPR services for the Southside IV Force Main that will occur in a subsequent amendment. • Limitations of the RPR o Shall not authorize any deviation from the Contract Documents or substitution of materials or equipment (including "or-equal" items), unless authorized by Engineer. a Shall not exceed limitations of Engineer's authority as set forth in Agreement or the Contract Documents. Q Shall not undertake any of the responsibilities of Contractor, Subcontractor, Suppliers, or Contractor's superintendent. ❑ Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. o Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work or any activities or operations of Client or Contractor. o Shall not accept shop drawing or sample submittals from anyone other than the Contractor. o Shall not participate in specialized field or laboratory tests or inspections conducted by others, except as specifically authorized by i Engineer. ASSUMPTIONS ■ 3 submittals requiring pre-& post-submittal meetings (pumps, HP tank, VFDS). 5 meetings total. ■ 12 construction site visits total ■ 14 monthly construction meetings total No public meetings ■ No special construction services, general representation, or RPR for PSV is included in this task City of Fort Worth.Texas Attachment A PMO Release Dale:08.1.2014 Page 13 of 15 ATTACHMENT A AMENDMENT NO 1 FOR SOUTH SIDE N PUMP STATION AND HYDRO PNEUMATiC TANK CETY PROJECT NO.:103116 DELIVERABLES A. Expedited review of the Southside IV Pump Station submittals (up to 60 as defined in the original scope) B. Final Punch List items C Record Drawings on Mylar ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: ■ Negotiation of easements or property acquisition including temporary right-of- entries. • Services related to environmental investigation • Services related to water or wastewater system modeling • Services related to surge investigation or analysis Services related to special structural design of vaults or other structures • Services related to Temporary Right of Entry • Services related to development of the CITY's project financing and/or budget. Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. • Construction management and inspection services for the PSV/water line • Periodic site visits during construction phase for the PSV/water line • Public meetings during any phase of the project • Performance of materials testing or specialty testing services. Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 14 of 15 ATTACHMENTA AMENDMENT NO 1 FOR SOUTHSI0E NPUMP STATION AND HYDROPNEUMAVC TANK CITY PROJECT NO.:103116 Services related to warranty claims, enforcement and inspection after final completion. • Services related to preparing or submitting for permits (ie.TxDOT, railroad, etc...} Services related to Subsurface Utility Engineering Levels A, 6, C or❑ ■ Services related to Survey Construction Staking Services related to acquiring real property including but not limited to easements, right-of-way, and/or temporary right-of-entries. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. • Providing project files in formats other than those listed above during the design or bid phases • Tree survey ■ Preparation of right-of-entry and/or easement documents • All other additional services as included in the original contract I I City of Fart Worth.Texas Attachment A PMa Release Dale:08.1.2014 Page 15 of 15 O y O AAA41A .0AAAAAA 4141AAAAAA AAAAAAAA�� C > W C N N R '¢ 10 10 (�] S '0 :q W N n '9 O C o11 °�' m u ^ m ry m m. ro.dC �• y 0 3 .r m 3 3 3 OR ^ ai N rn w m pq ro n o 2 ❑ m y m 0 -o c n c R° u1Di a R. m m v ro mu m = 3 O N W [li W W O A Of N W O A M V GI W VI O A W W Id N W ❑ H ❑ ❑ ❑ O a C G C. C C C C N H C j j 7 H C . j 3 a . . . Y W 0` - N N V V V ot 3 W 5O W W Y n C S �+ C W W N N m H H N � Y W W W Y N_ N d N N V = O a �i O g 3g a g P rm - 3 � £ m 99 �RV9 �R �A s a 0 r u � M n O. F y g Southside€V PS and 30,000 Gallon Hydro Pneumatic Tank Amendment 1 Fee Breakdown Task Description FNI Fee Sub Sub Markup Totai (10%) 89% 9% 1% $561,543 Southside IV Pump Station Additional Services Additlonal Special Services 1 Pump Station General Rep $48,170 $3,360 $336 $51,866 2 Pump Station/PSV RPR $204,925 $0 $0 $204,925 3 Pump Station Special Inspections/Startup Services $16,741 $10,000 $1,000 $27,741 Total Pump Station $284,532 Pressure Sustaining Valve Basic Services 4 PM&Design(30/90/100) $144,306 $15,O00 $1,500 $160,806 5 Bid&Award $29,495 $800 $80 $30,375 6 General Rep $28,738 $8,000 $800 $37,538 7 Record Drawings $12,600 $0 $0 $12,600 Basic Services Subtotal PSV $241,319 Special Services 8 Survey 1 $4,231 $13,905 $1,391 $19,527 9 lGeotech 510,335 $5,300# $530 $16,165 Special Services Subtotal PSV $35,692 PSV TOTAL $277,011 TOTAL AMENDMENT 1 $561,543 *MWB£=$2900 **Total M W B E_$40,060(7%) i I i I I i i I n » -c \\\, � §! `. �.�.•| .�|•| ! § ,�... °| . . �.E. : |. .| § ! ; I R. || E| .�| ! !( Z/(§§ /:K � \�r(] ■ �\�(k .� ; . § : . . ' . | : | . � � • /�� ` @ � w J| r w ii lJi[M.Jv ■■|, �; JJh]§!;[/ ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Arnount =Wat., pt.Fees TPW❑ept.Fees % Prime Consultant RPR and Startup Services,Project Freese and Nichols, Inc. Management and Design of Pressure $ 505,178.00 $ 505.178,00 $ 90% Sustaining Valve Proposed MBEISBE Sub-Consultants Gupta and Associates,Inc. Electrical Engineering and $ 37,160.00 $ 37,160.00 $ - 7% Instrumentation and Controls design Texplor of Dallas,Inc. Geotechnical drilling and sampling $ 2,900.00 $ 2,900.00 $ - 1% $ - $ - $ 0% $ - $ - $ 0% $ - $ - $ Co— TOTAL $ 40,060.001$ 40,060.00 $ 7% Non-MBEISBE Consultants Gorrondona Engineering Soil laboratory testing $ 2,400.00 $ 2,400.00 $ - 0.4% Services,Inc. Shield Engineering Group, Topographic survey $ 13,905.00 $ 13,905.00 $ 2% PLLC $ - $ - $ - 0% $ $ - $ - 0% $ $ $ - 0% TOTAL $ 16,75.00 $ 16,305.00 $ 3% GRAND TOTAL 1$ 561,643.001$ 561,543.00 $ - 100a/o Project Number&Name Total Fee MBEISBE Fee MBEISBE% Southslde IV Pump Station and Hydropneumatic Tank(City Project No. $ 561,543.00 $ 40,060.00 7% 10311E City M13EIS13E Goal $33,693 Consultant Comitted Goal $40,060 I I i I I i I I i i City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, September28, 2021 REFERENCE NO.: **M&C 21-0764 LOG NAME: 606OSSIVPSANDHTANK-FNI-GRACON SUBJECT: (CD 6) Authorize Execution of Amendment No. 1 to an Engineering Agreement with Freese and Nichols, Inc. in the Amount of$561,543.00 for the Southside IV Booster Pump Station and Hydropneumatic Tank, Authorize Execution of a Contract with Gracon Construction, Inc. in the Amount of$5,588,670.00 for the Southside IV Booster Pump Station and Hydropneumatic Tank, Provide for Project Costs for a Total of $6,622,081.00, and Adopt Attached Appropriation Ordinances RECOMMENDATION: 1. Authorize execution of Amendment No, 1 to City Secretary Contract No. 55195 in the amount of $561,543.00, an engineering agreement with Freese and Nichols, Inc. for additional design and construction support services for the Southside IV Booster Pump Station and Hydropneumatic Tank project for a revised contract amount of$1,107,845.00; 2. Authorize execution of a contract with Gracon Construction, Inc. in the amount of$5,588,670.00 for the Southside IV Booster Pump Station and Hydropneumatic Tank project; 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Impact Fee Fund in the amount of$6,622,081.00 from available funds for the purpose of transferring funds from the Water/Wastewater Wholesale Impact Fees and Water/Wastewater Retail Impact Fee projects (City Project Nos B20004 and B2005) to the Southside IV Pump Station and Hydropneumatic Tank Project(City Project No. 103116); and 4. Adopt the attached apropriation ordinance increasing estimated receipts and appropriations in the Water Impact Fee Fund in the amount of$6,622,081.00 transferred from within the Water Impact Fee Fund to the Southside IV Pump Station and Hydropneumatic Tank Project(City Project No. 103116). DISCUSSION: On January 12, 2021, Mayor and Council Communication (M&C 21-0054) authorized an engineering agreement with Freese and Nichols, Inc., (City Secretary Contract No. 55195), in the amount of $546,302.00 to design the Southside IV Booster Pump Station and Hydropneumatic Tank. Amendment No. 1 will allow the engineer to provide construction management and inspection services during the construction of the pump station and hydropneumatic tank. The amendment also includes design services for a pressure sustain ingltransfer valve and related water main that will help maintain water quality in the newly created Southside IV pressure plane. Construction of the project was advertised for bid on July 15, 2021 and July 22, 2021 in the Fort Worth Star-Telegram. On August 19, 2021, the following bids were received: Bidder 7E3ase Bid 11 Contract Time Gracon Construction, Inc. $5,5813,670.00]l 365 Calendar Days Bar Constructors, Inc. $6,036,485.00 In addition to the contract cost, $304,208.00 is required for project management and inspection and $167,660.00 is provided for project contingency. Appropriations for the Southside IV Booster Pump Station and Hydropneumatic Tank project are as depicted below: lit.tp:llapps.cfwnet.org/ecouncil/printmc.asp?id=29312&print=true&DoeType=Print 9/29/2021 FUND Existing Additional Project Appropriations Appropriations Total* Water Impact Fee— Fund $771,302.00 $6,622,081.00 $7,393,383.00 56003 Il Project Total $771,302.00 $6,622.081.00 $7,393,383.00 *Numbers rounded for presentation purposes. Office of Business Equity: Gracon Construction,lnc. is in compliance with City's Business Equity Ordinance by committing to 15 percent Business Equity participation on this project. The City's Business Equity goal on this project is 11 percent. Office of Business Equity: Freese and Nichols, Inc. is in compliance with the City's BDE Ordinance by committing to seven percent SSE participation on this project. The Ciy's SBE goal on this project is six percent for this Amendment. The project is located in COUNCIL DISTRICT 6. FISCAL INFORMATION I CERTIFICATION: The Director of Finance certifies that funds are currently available in the WIWW Wholesale Impact Fees and WIWW Retail Impact Fees projects within the Water Impact Fee Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the Water Impact Fee Fund for the SS IV Pump Station/Hydro Tank project to support the approval of the above recommendations and authorization of the amendment and agreement. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FiDs): TO Fund ❑epar#rnent Accoun Project ProgramActivity Budget Reference# moun I❑ 1D 1 Year (Chartfield 2) FROM Fund Department ccoun Project Program ctivity Budget Reference # moun I❑ — ID Year jChartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by: Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Suzanne Abbe (8209) ATTACHMENTS 1. 6060SSIVPSANDHTANK-FNI-GRACON.docx (CFW Internal) 2. 606OSSIVPSANDHTANK-FNI-GRACON 56003 Rec3r.docx (Public) 3. 606OSSIVPSANDHTANK-FNI-GRACON 56003 Rec4r.docx (Public) 4. 60SSIVPSANDHTANK-FNI-GRACON FI❑ Table(WCF 08.26.21_)_pdf (CFW Internal) 5. 60SSIVPSANDHTANK-FNI-GRACON Maa.PDF (Public) 6. Compliance FNI.pdf (CFW Internal) 7. Compliance Gracon.pdf (CFW Internal) 8. FNl SAM.pdf (CFW Internal) 9. Form 1295 FNI. df (CFW Internal) 10. Form 1295 Gracon.pdf (CFW Internal) littp:llapps.cfwnet.org/ecouncil/printmc.asp?id=29312&print=true&Doc'rype=Print 9/29/2021 11. Gracon SAM. df (CFW Internal) http:llapps.cfwnet.org/ecouncii/printmc.asp?id=29312&print—true&DoeType=Print 9/29/2021 o, N N N N N N N CD S2a SM 90 20 W 0 w W W W W W N N N N V) Vl VL Ln 0 In Ln Ln N Ut Ut N ❑1 Vn Ln Ln N vi V1 m (n 0) O1 En 07 01 01 (D a) 01 m m m 0] O1 m b O b a a a a p a Q Q 00 00 00 Z a a a a a Q p p a Q O a b a s a Cl W W W W W W W W W W W W W W W W W 2 0 b O a a 0 O O m m M m M m m m m m m rn m m m 00 a a 0 a b o 0 0 0 0 0 b a OCD O 0 a a a a a aQ 0 0 O b b a Z A0 7i G A A w A A A A A A AA A A A A IM w 0 W W W W W W W W W W W W W W W a v a p o Q Q o p 4 O 00 a0 00 Cs W n VI Ln Ln to 0 Ln Ln �n A In In A � F+ p Ln V V W W I-, W I-, w to W to A A A A Y W F-, W Y Ln C. CD to H H 0000000 Q m O CD 0) W W -n Y a a w to w Ul f+ o o b O O b a Y Y [n a p p 0 O H M O N N Y a p Q Q H p H W Ol 0 W A W � Y Y Y w W W H H Y m W Y F. m m 07 m CD Q a p Q Q O o 0 Q N N Q a N N N N W W W W W W W W w a O W W a s 00 Y v Q a p 4 4 p1 m A m m m m m m m In m M to In A r � O O b b a a a a Q m W o O b b a a v a Q a p H Y Y Y Y Y w f+ Ul N m m m al al al m m A o 0 oa 00 oa po po 0o w w W o 0 b Q p Q 0 0 0 0 0 o b wtoW LDvvLow wU:) to toU�) wmmtotow to to to w to to Ln to to to eo to to to to to w co to to Lo W to to to I CP N N N N N N p O O O O N N N N N N N F+ H H H H H V} VY Vf i/F iR iR V}VY N Vv V1 V1 N H m In lf1 H p+ ❑S H V}Vti H In V� m ❑1 tll I--' 1--k A A N OO m Y N V m CO N µ A N N m <n In In N W V A 00 N Y 01 N N M N I�j N VI m Qt O qt m W V m Ln W O 00 N N co co Q V m W 00 b A .A CO N W m W N N VI In Q O O Y N b W kn H W � Y Y W W W DO Q C? 0 0 0 0 0 0 O a s co O D p Q O CUD 0 O b b O D Q a s a s a p C ❑ Q N 0 SIh1 fl DJ 6 W N n c f1 C7 r O ❑ O n ry M N it 4 N T 0 n a � N n 7